Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
SOURCES SOUGHT

W -- Rental of a portable, self contained, electric powered, positive displacement recovery unit.

Notice Date
2/3/2010
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N5523610Q8023
 
Response Due
2/10/2010
 
Archive Date
2/25/2010
 
Point of Contact
Nick Tran619-556-0267nick.tran@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice for information and acquisition planning purposes. This is not a Request for Proposal. Southwest Regional Maintenance Center (SWRMC) is seeking small business vendors that can provide the following rental to support the USS ALBUQUERQUE (SSN-706) while in port at the Naval Submarine Base Point Loma, CA:.A portable, self contained, electric powered, positive displacement recovery unit: to be equipped with cyclone separator and continuous reverse pulse filter cleaning; does not require liquid for cooling or producing vacuum. Technical Specifications: 1.Naval Submarine Base Point Loma utilities are:.Electrical - 440v, 3 phase 2.Skid - the unit shall be constructed on a heavy-duty skid base of carbon steel: galvanized or painted to reduce the possibilities of premature deterioration..The skid footprint shall not exceed 10'4" x 8'3" wide..The skid shall be capable of being moved safely by fork truck. The unit shall be equipped with box section tine guide openings in the base for safe handling and transport by fork truck. The box sections shall extend through the entire length or width of the unit completely enclosing the forklift tines and shall be fabricated from metal. 3.Lifting Pad Eyes - the unit shall be equipped with 4 lifting pad eyes, allowing the unit to be removed by cranes. Pad eyes and their attachment points shall be certified by the vendor..The pad eyes shall be oriented towards the center of the unit to avoid side loading..The pad eyes shall be located above the center of gravity and shall provide for a level, interference free pick of the load..Pads eyes will be no higher than 6 feet, no ladder required to reach them. 4.Vacuum units will be used to remove spent blasting grit, both steel shot (237 lb / cubic feet) or black beauty (coal/boiler slag) from various internal areas of submarines at a rate of 6 to 8 tons per hour, depending on grit density. A minimum conveying distance shall be 400 feet with a vertical lift of 70 feet to a classifier/recycler or a collection tank. The units must be supplied with adapters to allow hose diameter to vary 4", 5", and 6" interchangeably. 5.Vacuum producers must be capable of producing no less than 2300 CFM and 27" Hg, respectively at the same time. Vacuum packages must be constructed with components OSHA approved for outdoor storage and operation. Vacuum producers will not use recycled air from the discharge silencer on the vacuum producer. The discharge silencer must vent to atmosphere. Control panels must supply soft start option to regulate power surges during start-up. Vacuum systems shall not emit sound levels that exceed 85 dba at full load (27" Hg) measured at a distance of 5 feet. Outlet filters shall be HEPA (.3 micron) compliant. 6.The system must be supplied with a capacitance sensor connected to the vacuum with interchangeable extensions cords 50', each vacuum shall be supplied with a 1.25" quick coupler to connect the unit to the vacuum box quickly, without the use of tools. The 1.25" quick coupler mounted on the sensor's female end must screw into a 1.25 NPT threaded hole in the vacuum box. The sensor will shut the vacuum down when loading bin is full. 7.The systems and components shall be fully assembled and ready for operation. Upon initial delivery to Naval Submarine Base Point Loma, the contractor shall provide sufficient operational training as agreed upon by the contractor and the government. 8.All spare parts, filter bags/cartridges and routine maintenance shall be provided at no additional charge. 9.The contractor shall maintain a stringent maintenance program. The contractor will be responsible for all equipment failure not arising out of Government neglect or abuse. 10.Service shall be provided within 24 hours after notification by Contracting Officer and/or designated representative. In the event the machine cannot be returned to service within 24 hours of notification, a replacement shall be delivered at no charge to the government. 11.Health and Safety: Vacuums will be equipped with HEPA filters rated @ 99.97 at.3 microns. Vacuum producers will be tested by an engineering firm for sound emission compliance. Test data should show DBA measurement at full vacuum (27" Hg) at a minimum of 5 points around the vacuum. A copy of the sound data must be submitted with proposal. Certification of all 4 lift eyes will be affixed to the vacuums. The applicable NAICS code is 532490 - Other Commercial Machinery and Equipment Industrial Rental and Leasing. Interested small business contractors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to provide the aforementioned rentals as described herein. The capabilities statement shall include company name, address, small business status (small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned), and point of contact (POC) information for the interested firm. The capabilities statement should identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, contract description, and a customer POC. Responses should be received no later than 10 FEB 2010. All responses should be forwarded to Mr. Nick Tran via email nick.tran@navy.mil and Tony Galace via email antonio.galace1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62791/N5523610Q8023/listing.html)
 
Place of Performance
Address: Naval Submarine Base Point Loma, San Diego, CA
Zip Code: 92106
 
Record
SN02056786-W 20100205/100203235159-61c019377cfa11fa104280428e6cd08c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.